Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2026 SAM #8811
SOLICITATION NOTICE

C -- Roof Replacement Building 6, 13, & 18

Notice Date
1/8/2026 9:12:02 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24626R0014
 
Response Due
2/7/2026 7:00:00 AM
 
Archive Date
05/17/2026
 
Point of Contact
Michael Proctor, Contracting Officer, Phone: Email Only
 
E-Mail Address
Michael.proctor2@va.gov
(Michael.proctor2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023) (Deviation) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (RFO FAR) subpart 36.102. All submissions will be evaluated in accordance with the selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract. At the time the Request for Proposal is issued, all offerors must adhere to VAAR 852.219-75 VA Notice of Limitations on Subcontracting�Certificate of Compliance for Services and Construction. (JAN 2023) (DEVIATION) GENERAL INFORMATION: The Department of Veterans Affairs, Salisbury Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 659-26-500, �Roof Replacement Building 6, 13, & 18� located at 1601 Brenner Avenue, Salisbury, NC 28144 The A-E Services listed herein is being procured in accordance with the RFO FAR 36.102 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA certification database at time of submission of their proposal in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-73. Point of Contact: Michael Proctor, Contracting Officer Email: Michael.proctor2@va.gov PROJECT INFORMATION: Project No. 659-26-500 Project Title: Roof Replacement Building 6, 13, & 18 W.G. (Bill) Hefner Salisbury VA Medical Center 1601 Brenner Avenue Salisbury, North Carolina 28144 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before June 2, 2026. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $1,000,000 and $2,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: The Architect/Engineer (A/E) shall provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 659-26-500 B6, 13, & 18 Roof Replacement. This project will occur at W.G. Bill Hefner Veterans Affairs Medical Center, 1601 Brenner Avenue, Salisbury NC 28144 and will correct roofing deficiencies and provide associated work. The project involves the removal of the existing roof membrane, cover board to the surface of the insulation board and base flashing, infrared testing, removal of the existing roof insulation and its replacement (repair), installation of new coverboard and base flashing, installation of roof membrane and required warranties of three (3) buildings. The existing rolled roof on buildings 13 and 18 have exceeded their useful life and need complete replacement. The roof on building 6 has been partially replaced and the remaining portions that cover the office, tunnels / connectors, theater, and gym areas should be replaced. Building 18 roof access provisions should be updated as the ladder anchorages are failing, and the ladder is constructed without a safety cage. Scope of the proposed new roof systems to include all flashings, penetrations, traffic pads, and all related accessories (ladders, etc.) for a complete roofing system with proper drainage slope gradients. It will require Roof Edge Fall Protection. Scope of the proposed new roof systems includes the replacement of unsuitable/damaged coping, flashings, penetrations, traffic pads, blocking, curbs, roof boots, pads/pavers, walk pads, pipe supports, lightning protection, term bars, roof drains, cants, ladders and anchorages, ladder safety cages, and all related accessories for a complete roofing system with proper drainage slope gradients, as well as the disposal of all materials and accessories. If more than one (1) roof layer exists, the project shall require the Contractor to remove the roof and insulation to deck. The three buildings are outlined below: Building 6 � 31,300 sf (approx.) of roof area. Building 13 � 6,410 sf (approx.) of roof area. Building 18 � 9,058 sf (approx.) of roof area. Some roof areas, curbs, and mechanical boots have failed. Roof surfaces may have alligatored contributing to roof leaks leading to waterlogged ceiling tiles and wet floors. The roof surface on B13 is over 20 years old and has exceeded its service life. The AE will produce a completed project for the contractor to provide all labor, tools, equipment, devices, materials, and supervision to test for unsuitable substrate and perform all operations necessary for required work. The work will include the removal of the existing roof membrane/coverboard/base flashing to the existing insulation and the removal of specified percentages (an option to repair 25% and an option to repair an additional 50%) of the total roof surface to include removal of unsuitable insulation and coverboard. The work will also include a total 100% roof recover to include closed cell insulation where removed, coverboard, and KEE membrane: new coverboard and KEE membrane to cover the entire roof surface. The contractor will provide new insulation to match thickness of the remaining adjacent insulation. See Attached �659-26-500 SOW� for more details. A-E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in RFO FAR 36.202. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with RFO FAR 36.202-1(b)(2). The processes at RFO FAR 36.202-4(a) and 36.202-3 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Selection Criteria Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction. Specialized experience and technical competence in the type of work required specifically roofing engineering work and structural project requirements. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. Capacity to accomplish the work in the required time for both the prime and subconsultants. Construction Period Services experience Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction. Do the qualifications indicate that the project team has recent direct experience on Hospital projects designing similar improvements to those proposed at a VISN6 VAMC? Is the architect/engineer providing a team where each member has more than 5 years of experience? What will be the role of interns if used during design? Firm shall provide a table of a minimum of 5 comparable projects comparing their IGE with the bid/award amount during construction. Specialized experience and technical competence in the type of work required specifically roofing engineering work and structural project requirements. Does the architect/engineer provide evidence of understanding of the project; and any unique architectural/engineering aspects associated with the proposed project and how to address them? Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. Does the proposed architect/engineer have past performance with ratings satisfactory and above while working on hospital projects? Does the architect/engineer have a reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness? Capacity to accomplish the work in the required time for both the prime and subconsultants. This factor evaluates the ability of the firm, given their current projected workload (percentage) and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. I. List current projects of similar complexity being designed in the firms� office. II. Indicate the firm�s present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. III. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. IV. Volume of VA contract awards in the last 12 months. Construction Period Services experience: Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS: 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting � Certificate of Compliance for Services and Construction. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Michael.proctor2@va.gov no later than 10:00 a.m. Eastern Standard Time on February 7, 2026. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as �1 of n�. (Example: SF330 Submission, #36C24626R0014 � Roof Replacement Building 6, 13 & 18, Project #659-26-500 (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact The firm and or A-E on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings. Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with RFO FAR Clause 52.219-14 and VAAR Clauses 852.219-73 and 852.219-75. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per RFO FAR 15.107 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror�s responsibility to check the Contract Opportunities website at: www.SAM.gov for any revisions to this announcement prior to submission of SF330s. VENDOR QUESTIONS: All questions shall be submitted to michael.proctor2@va.gov no later than 3:00 p.m. Eastern Daylight Time on January 13, 2026. ATTACHMENTS: See attached document: SF 330. See attached document: 659-26-500 SOW.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1b7e47e0156e482693fc2508984ec449/view)
 
Place of Performance
Address: Salisbury, NC 28144, USA
Zip Code: 28144
Country: USA
 
Record
SN07680865-F 20260110/260108230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.